Pajaro River FRM Reach 6 - Division 0
ID: W912P725S0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SAN FRANSAN FRANCISCO, CA, 94102-3406, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking input from interested companies for the Pajaro River Flood Risk Management (FRM) Reach 6 project in Watsonville, California. This project involves the construction of 2.6 miles of levees and approximately 1,500 feet of floodwalls along Corralitos Creek, aimed at enhancing flood control measures and ecosystem restoration within the Pajaro River watershed. The initiative is critical for managing flood risks and protecting surrounding communities, with construction anticipated to span two seasons. Interested firms must submit their qualifications, including company experience and concerns regarding the project, by April 21, 2025, at 3:00 PM PST, to Logan Champlin at logan.champlin@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the Pajaro River Review Plan's implementation framework, overseen by the South Pacific Division and San Francisco District. It outlines the strategic focus on flood risk management (FRM) within the Pajaro River region. The attachment includes a site map to visually represent the project location, aiding stakeholders in understanding the geographical context and scope of the proposed initiatives. The primary objective is to enhance flood control measures to protect communities and infrastructure along the Pajaro River through collaborative planning and investment. The document likely serves as part of a broader request for proposals (RFPs) or grant applications aimed at sourcing funds and resources necessary for executing the plan. Emphasis on systematic implementation demonstrates commitment to stakeholder involvement and federal compliance. Overall, the file indicates a structured approach to flood risk management, addressing both immediate and long-term needs of the affected areas while ensuring regulatory alignment and community safety.
    The document outlines the Pajaro River Flood Risk Management Project in Santa Cruz County, California, specifically focusing on Reach 6 and related easements. It details the 60% design submittal from the U.S. Army Corps of Engineers, emphasizing the establishment of both temporary construction easements (TCE) and permanent flood control easements (PFCE). The document includes various staging areas and identifies specific locations along the riverbank with associated coordinates and layout lines. It emphasizes flood control objectives, which are critical for managing river habitats and minimizing flooding impacts on surrounding communities. The plans are structured with clear references to design layers, project scope, and necessary compliance with regulatory frameworks. The document serves as a formal outline of the project's intended infrastructure to bolster flood resilience, essential in RFPs and grant considerations within government operations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorado and Toa Baja, Puerto Rico.
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Rio Del La Plata Flood Control Project, specifically for Supplemental Contract 1 in Toa Baja and Dorado, Puerto Rico. This project aims to protect local communities from frequent flooding by constructing major features such as levees, channel widening, and culvert structures, along with various minor drainage management features. The estimated construction cost ranges from $250 million to $500 million, with a performance period of approximately 1,619 calendar days from the Notice to Proceed. Interested vendors should contact Jaclyn Yocum or Meranda Booth for further details, and proposals will be due around March 20, 2026, following the solicitation release on December 22, 2025.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    FY26 anticipated levee work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction activities, including earthen levee embankment enlargement and repair, seepage berm and cut-off construction, and installation of groundwater relief wells, primarily along the Mississippi River levee system. This initiative is part of a broader infrastructure improvement effort, with numerous projects already underway or proposed, emphasizing the importance of flood risk management in the region. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or secondary contact Jason M. Carlock at jason.m.carlock@usace.army.mil for further details.
    Dana Point West Breakwater Repair Project
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Dana Point West Breakwater Repair Project in California. The project involves the complete repair of the west breakwater at Dana Point Harbor, which includes replacing displaced armor stone, resetting existing stone, and dredging approximately 45,000 cubic yards of sediment for access, with the dredged material to be used for nearshore nourishment at Doheny State Beach. This construction project is significant for maintaining coastal infrastructure and ensuring environmental protection, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the tentative issue date for the Invitation for Bid is December 16, 2025, with a bid opening scheduled for January 19, 2026; inquiries can be directed to Ashley Powell or Patricia B Bonilla via their provided emails.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    FY26 Harlingen Placement Area (PA)13 and 10 Improvements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Galveston District, is seeking information from industry regarding the FY26 Harlingen Placement Area (PA)13 and 10 Improvements project. This sources sought announcement aims to gather insights on the capabilities and qualifications of potential contractors for construction work that includes raising a channel, installing inlet structures, and performing shoreline protection, with an estimated construction price range between $1,000,000 and $5,000,000. The project is critical for maintaining dredging facilities and ensuring compliance with safety and health regulations, with a performance period of 190 calendar days after the Notice to Proceed. Interested firms must respond by December 17, 2026, and can direct inquiries to Wes Baskovic at wesley.n.baskovic@usace.army.mil or Curtis Cole Jr. at curtis.cole@usace.army.mil.
    Central City Bypass Channel North
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Central City Bypass Channel North project, as indicated in Amendment 0013 to solicitation W9126G25R0133. This procurement involves construction services categorized under Other Heavy and Civil Engineering Construction, specifically focusing on the construction of canals. The project is significant for enhancing local infrastructure and managing water flow effectively. Interested contractors can access the solicitation documents and amendments via the Projnet plan room using the quick add key QY3BEZ-FFK9QQ, and should direct inquiries to Alexander Rust at alexander.g.rust@usace.army.mil.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.